U.S. Department of Agriculture Seeks to Lease Office and Related Space in Mt. Lake Park, MD
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Agriculture (USDA), specifically the FPAC Business Center, is soliciting proposals to lease 4,374 to 4,604 ABOA square feet of office and related space in Mt. Lake Park, Garrett County, Maryland. This is a fully serviced, turnkey lease for a 15-year term with a 5-year firm period. The Government seeks a modern, quality building, either existing or new construction, that meets specific fire safety, accessibility, seismic, and sustainability standards. Proposals are due June 1, 2026, at 2:30 PM Eastern.
Scope of Work
The leased space must accommodate USDA personnel and operations, including private offices, open workspaces, conference rooms, a break room, secure storage, and an ADP/IT server room. Key requirements include:
- Space Features: 4,374-4,604 ABOA sq ft (max 5,525 RSF), with specific finishes, low-VOC paint, commercial blinds, and ADA compliance.
- Parking: 7 reserved for Government vehicles, 18 for visitors, and 18 non-reserved for employees. Pull-through parking for trucks and cattle trailers is required.
- Exterior: A 200 SF exterior storage shed must be supplied, installed, and maintained by the Lessor.
- Security: Facility Security Level I requirements, including hardened customer service counter, Intrusion Detection System (IDS), duress/panic buttons, and specific cybersecurity protocols for building access control systems.
- IT Infrastructure: Dedicated electrical circuits, CAT6 cabling, and secure ADP room guidelines.
- Environmental: No 100-year flood plain, no known hazardous conditions, and ENERGY STAR® standards for buildings.
Contract & Timeline
- Type: Solicitation for Leasehold Interest (Fully Serviced Lease)
- Term: 15 Years Full Term, 5 Years Firm Term. Government termination rights after the firm term with 120 days' notice.
- Set-Aside: No specific set-aside; open competition (NAICS Code 531120). HUBZone small business concerns may elect to waive price evaluation preference.
- Initial Offer Due Date: June 1, 2026, 2:30 PM Eastern.
- Estimated Lease Award Date: December 1, 2026.
- Published: April 27, 2026.
Submission & Evaluation
Offerors must submit proposals electronically to Heather.Schmitt@usda.gov. Required documentation includes GSA Form 1364 (Proposal to Lease Space), GSA Form 1217 (Lessor's Annual Cost Statement), GSA Form 12000 (Fire Protection/Life Safety Evaluation), and a Tenant Improvement Cost Summary (TICS Table). For new construction, a DOL Wage Determination, FPLS Submittal, and Construction Schedule are also required. SAM.gov registration is mandatory for all offerors.
Proposals will be evaluated based on the lowest priced technically acceptable offer, utilizing a present value price evaluation. A pre-proposal conference with the Lease Contracting Officer (LCO) is strongly encouraged prior to starting proposals.
Contact Information
- Lease Contracting Officer: Heather Schmitt
- Email: Heather.Schmitt@usda.gov
- Phone: 724-482-5288